Loading...
HomeMy WebLinkAbout2024-04-09 - AGENDA REPORTS - TMF HVAC UPGRADES PROJ M1042O Agenda Item: 3 1. CITY OF SANTA CLARITA AGENDA REPORT CONSENT CALENDAR 14) CITY MANAGER APPROVAL: ' DATE: April 9, 2024 SUBJECT: TRANSIT MAINTENANCE FACILITY HVAC UPGRADES, PROJECT M1042 - PLANS, SPECIFICATIONS, AND CONSTRUCTION CONTRACT DEPARTMENT: Public Works PRESENTER: Shannon Pickett RECOMMENDED ACTION City Council: 1. Approve the plans and specifications for the Transit Maintenance Facility HVAC Upgrades, Project M 1042. 2_ Find the Transit Maintenance Facility HVAC Upgrades construction project exempt from review under the California Environmental Quality Act pursuant to Title 14 of the California Code of Regulations, Article 19, Section 15301. 3. Award the construction contract to Pardess Air, Inc., in the amount of $476,000 and authorize a contingency in the amount of $71,400, for a total contract amount not to exceed $547,400. 4. Authorize the City Manager or designee to execute all documents, subject to City Attorney approval. BACKGROUND The Transit Maintenance Facility HVAC Upgrades project will replace several original pieces of air-conditioning equipment at the Transit Maintenance Facility (TMF). The upgrades will include the replacement of ten water -sourced heat pumps in the administration building and one make-up air unit serving the bus driver locker rooms in the bus maintenance building. This equipment has been in use for more than 18 years and is past its useful life. This project supports the Sustaining Public Infrastructure theme of the City of Santa Clarita's (City) five-year strategic plan, Santa Clarita 2025. Page 1 Packet Pg. 21 O The Transit Maintenance Facility HVAC Upgrades construction project is not subject to California Environmental Quality Act (CEQA) review pursuant to Title 14 of the California Code of Regulations, Article 19, Section 15301, which exempts from CEQA review projects that consist of maintenance of existing public facilities or mechanical equipment involving negligible or no expansion of existing or former use. Examples include, but are not limited to, existing interior or exterior partitions, plumbing, electrical conveyances, publicly -owned utilities, and rehabilitation of deteriorated mechanical equipment to meet current standards of public health and safety. This project meets the criteria for this exemption because the Transit Maintenance Facility HVAC Upgrades construction project will be rehabilitating existing HVAC components. An invitation to bid was prepared and published twice in The Signal newspaper on February 16 and February 23, 2024, and was posted on BidNet. A total of two bids were submitted to the City and opened by Purchasing on March 19, 2024. The results of the bids are shown below: Company Location Bid Amount Pardess Air, Inc. Los Angeles, CA $450,000 Simco Mechanical, Inc. Glendale, CA $467,900 Staff recommends awarding the construction contract to Pardess Air, Inc., the lowest responsive and responsible bidder, for the base bid and one alternate item for select work on weekends and nights for when work must be completed with a vacant building, for $476,000. This contractor possesses a valid state contractor's license and is in good standing with the Contractors State License Board. Staff reviewed the bid response for accuracy and conformance to the contract documents and found it to be complete. The bid proposal adheres to the proj ect's plans and specifications and is available in the City Clerk's Reading File. The requested construction contingency will cover the cost of unforeseen site conditions such as potential utility conflicts and fees, abandoned utilities not shown in record drawings, field adjustments, additional work requested by the City, and unanticipated costs associated with nighttime work. ALTERNATIVE ACTION Other action as determined by the City Council. FISCAL IMPACT Adequate funds are available in project expenditure account M1042700-516101 (Transit Funds) to support the approval of the recommended action and associated project costs. ATTACHMENTS Location Map Bid Proposal for Pardess Air, Inc. (available in the City Clerk's Reading File) Page 2 Packet Pg. 22 3.a AVRItth, c'`' of SANTA CLARITA N Transit Maintenance Facility Feet HVAC Upgrades, 0 100 200 p 6 Project M 1042 I ' '!'- yp�`/� • + t Street centerlines developed & maintained D Legend by City of Santa Cla rita GIS f The City of Santa Clarita does not warrant CO) 0 Parcel Boundary the accuracy of the data and assumes no Z liability for any errors or omissions. 0 Y Map prepared by: City of Santa Clarita ' —r GIS Division W �. Q:\PROJECTS\PW\240319s1\Location Map M1042 0 ., 0 d A Q 0 r U- x z LU . - .4 z *A. H • BUS' z � Maintenance BUailding - o� H R,� — i►. ga. r lk "a I rvo p r� m y , stP P� NENM LL RO Fn so�EoaOOP Y - , O gcrcMORM anNCN"° tl ` L_.Yi _ R!Y # _Y J a euJ qtl � � ,' i MceEnu R Pu,c 4 cP oNRp YONS AVE N cANVON Ro `•6� } 3r . " F — orvPo O p �� Ro '•-� _ �. �� ��' ' Packet Pg. 23 � s - DocuSign Envelope ID: AABB02A4-730E-465E-AE14-6C7935BE9EE1 PROPOSAL FORM Bid #CIP-23-24-M1O42 Transit Maintenance Facility HVAC Upgrades City Project No. M1042 City of Santa Clarita, California TO THE CITY OF 5ANTA CLARITA, AS CITY: In accordance with CITY's NOTICE INVITING BIDS, the undersigned BIDDER hereby proposes to furnish ail materials, equipment, tools, labor, and incidentals required for the above -stated project as set forth in the plans, specifications, and contract documents therefore, and to perform all work in the manner and time prescribed therein. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, INSTRUCTIONS TO BIDDERS, and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with CITY at the unit and/or lump sum prices set forth in the following BID SCHEDULE. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to CITY of the proposal guarantee accompanying this proposal. BIDDER understands that a bid is required for the entire work that the estimated quantities set forth in BID SCHEDULE are solely for the purpose of comparing bids, and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE CITY RESERVES THE RIGHT TO INCREASE OR DECREASE THE AMOUNT OF ANY QUANTITY SHOWN AND TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum price(s) bid include all appurtenant expenses, taxes, royalties, and fees for the project's duration. In case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern overfigures. If awarded the contract, the undersigned further agrees that in the event of the Bidder's default in executing the required contract and filing the necessary bonds and insurance certificates within ten working days after the date of the CITY's notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the CITY and this bid and the acceptance hereof may, at the CITY's option, be considered null and void. Company Name: 1 Y de ss lam' /4 Company Address: ! l7 b �? aV"e 0/g 0 2 Rhone: a . 0 — �/ — f 2- Email: �/?? / d�S R,yi' �� W7 By: & c 3 Print Nome Title: 64,4 Signature: r ___...... Date: 7� `L{j zP Docusign Envelope ID: AABB02A4-730E-465E-AE14-6C7935BE9EE1 NOTICE TO BIDDERS REGARDING CONTRACTUAL REQUIREMENTS Bid #CIP-23-24-M1042 Transit Maintenance Facility HVAC Upgrades City Project No. M1042 City of Santa Clarita, California SUMMARY OF INDEMNITY AND INSURANCE REQUIREMENTS 1. These are the Indemnity and Insurance Requirements for Contractors providing services or supplies to City of Santa Clarita (City). By agreeing to perform the work or submitting a proposal, you verify that you comply with and agree to be bound by these requirements. if any additional Contract documents are executed, the actual Indemnity language and Insurance Requirements may include additional provisions as deemed appropriate by City's Purchasing Agent. Questions and requests for modification of these terms must be negotiated and approved prior to bid submission and are at the full discretion of the City. 2. You should check with your Insurance advisors to verify compliance and determine if additional coverage or limits may be needed to adequately insure your obligations under this agreement. These are the minimum required and do not in any way represent or imply that such coverage is sufficient to adequately cover the Contractor's liability under this agreement. The full coverage and limits afforded under Contractor's policies of Insurance shall be available to Buyer and these Insurance Requirements shall not in any way act to reduce coverage that is broader or includes higher limits than those required. The Insurance obligations under this agreement shall be: 1—all the Insurance coverage and limits carried by or available to the Contractor; or 2—the minimum Insurance requirements shown in this agreement, whichever is greater. Any insurance proceeds in excess of the specified minimum limits and coverage required, which are applicable to a given loss, shall be available to City. 3. Contractor shall furnish the City with original Certificates of Insurance including all required amendatory endorsements and a copy of the Declarations and Endorsement Page of the CGL policy listing all policy endorsements to City before work begins. City reserves the right to require full -certified copies of all Insurance coverage and endorsements. 1. INDEMNIFICATION: City and its respective elected and appointed boards, officials, officers, agents, employees, and volunteers (individually and collectively, "Indemnitees") shall have no liability to CONTRACTOR or any other person for, and CONTRACTOR shall indemnify, defend, protect, and hold harmless Indemnitees from and against, any and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs, and expenses of whatever nature, including reasonable attorney's fees and disbursements (collectively, "Claims"), which Indemnitees may suffer or incur or to which Indemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss, or otherwise occurring as a result of or allegedly caused by the CONTRACTOR'S performance of or failure to perform any services under this Agreement, or by the negligent or willful acts or omissions of CONTRACTOR, its agents, officers, directors, or employees, committed in performing any of the services under this Agreement. If any action or proceeding is brought against Indemnitees by reason of any of the matters against which CONTRACTOR has agreed to indemnify Indemnitees as provided above, CONTRACTOR, upon notice from DocuSign Envelopo ID: AABB02A4-730E-465E-AE14-6C7935BE9EE9 City, shall defend Indemnitees at its expense by counsel acceptable to City, such acceptance not to be unreasonably withheld. Indemnitees need not have first paid for any of the matters to which Indemnitees are entitled to indemnification in order to be so indemnified. The limits of the insurance required to be maintained by CONTRACTOR in this Agreement shall not limit the Viability of CONTRACTOR hereunder. The provisions of this section shall survive the expiration or earlier termination of this agreement. The provisions of this section do not apply to Claims occurring as a result of the City's active negligence or acts of omission. II. INSURANCE CONTRACTOR shall maintain and submit certificates of all applicable insurance including, but not limited to, the following and as otherwise required by law. The terms of the insurance policy or policies issued to provide the above insurance coverage shall provide that said insurance may not be amended or canceled by the carrier, for non-payment of premiums or otherwise, without thirty (30) days prior written notice of amendment or cancellation to the CITY. In the event the said insurance is canceled, the CONTRACTOR shall, prior to the cancellation date; submit to the City Clerk new evidence of insurance in the amounts established. Liability Insurance During the entire term of this Agreement, the CONTRACTOR agrees to procure and maintain General Liability insurance at its sole expense to protect against loss from liability imposed by law for damages on account of bodily injury, including death therefrom, suffered or alleged to be suffered by any person or persons whomsoever, resulting directly or indirectly from any act or activities, errors or omissions, of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction, and also to protect against loss from liability imposed by law for damages to any property of any person caused directly or indirectly by or from acts or activities of the CITY, or CONTRACTOR or any person acting for the CITY, or under its control or direction. Such public liability and property damage insurance shall also provide for and protect the CITY against incurring any legal cost in defending claims for alleged loss. Such General, Public and Professional liability and property damage insurance shall be maintained in full force and effect throughout the term of the Agreement and any extension thereof in the amount indicated above or the following minimum limits: Commercial General Liability Insurance, including coverage for Premises and Operations, Contractual Liability, Personal Injury Liability, Products/Completed Operations Liability, and Independent Contractors' Liability (if applicable), in an amount of not less than two million dollars ($2,000,000.00) per occurrence, four million dollars ($4,000,000.00) annual aggregate, written on an occurrence form. Products/Completed Operations coverage shall extend a minimum of three (3) years after project completion. Coverage shall be included on behalf of the CONTRACTOR for covered claims arising out of the actions of independent contractors. If the CONTRACTOR is using subcontractors, the policy must include work performed "by or on behalf" of the CONTRACTOR. Policy shall contain no language that would invalidate or remove the CONTRACTOR'S duty to defend or indemnify for claims or suits expressly excluded from coverage. Policy shall specifically provide for a duty to defend on the part of the CONTRACTOR. DocuSign Envelope ID: AABB02A4-730E-466E-AE14-6C7935BE9EE1 Worker's Compensation Insurance The CONTRACTOR shall procure and maintain, at its sole expense, Worker's Compensation Insurance in the amount of $1,000,000 per occurrence or in such amount as will fully comply with the laws of the State of California and which shall indemnify, insure and provide legal defense for both the CONTRACTOR and the CITY against any loss, claim or damage arising from any injuries or occupational diseases happening to any worker employed by the CONTRACTOR in the course of carrying out the work within the Agreement. Such insurance shall also contain a waiver of subrogation naming the City of Santa Clarita. Automotive Insurance The CONTRACTOR shall procure and maintain, at its sole expense, throughout the term of this Agreement, and any extension thereof, public liability and property damage insurance coverage for automotive equipment with coverage limits of not less than $1,000,000 combined single limit for each accident. All such insurance shall be primary insurance and shall namethe City of Santa Clarita as an additional insured. Builder's Risk Upon commencement of construction and with approval of CITY, CONTRACTOR shall obtain and maintain Builder's Risk Insurance for the entire duration of the Project until only the CITY has an insurable interest. The Builder's Risk coverage shall include the coverages as specified below: The named insureds shall be CONTRACTOR and CITY, including its officers, officials, employees, and agents. All subcontractors (excluding those solely responsible for design work) of any tier and suppliers shall be included as additional insureds as their interests may appear. CONTRACTOR shall not be required to maintain property insurance for any portion of the Project following transfer of control thereof to CITY. The policy shall contain a provision that all proceeds from the.Builder's Risk Policy shall be made payable to the CITY. The CITY will act as a fiduciary for all other interests in the Project. Policy shall be provided for replacement value on an "all risk" basis forthe completed value of the project. There shall be no coinsurance penalty or provisional limit provision in any such policy. Policy must include: (1) coverage for any ensuing loss from faulty workmanship, nonconforming work, omission or deficiency in design or specifications; (2) coverage against machinery accidents and operational testing; (3) coverage for removal of debris, and insuring the buildings, structures, machinery, equipment, materials, facilities, fixtures and all other properties constituting a part of the Project; (4) Ordinance or law coverage for contingent rebuilding, demolition, and increased costs of construction; (5) transit coverage (unless insured by the supplier or receiving contractor), with sub -limits sufficient to insure the full replacement value of any key equipment item; (6) ocean marine cargo coverage insuring any Project materials or supplies, if applicable; (7) coverage with sub -limits sufficient to insure the full replacement value of any property or equipment stored either on or off the site or any staging area. Such insurance shall be on a form acceptable to CITY to ensure adequacy of terms and sub -limits and shall be submitted to the CITY prior to commencement of construction. Fire and Extended Coveraee Insurance (Services involving real property onl CONTRACTOR agrees to procure and maintain, at its sole expense, during the term of this Agreement, and any extension thereof, a policy of fire, extended coverage and vandalism insurance. DocuSign Envelope ID: AABB02A4-730E-465E-AE14-6G7935BEgEE1 Pollution Liability and/or Asbestos Pollution Liabilit and or Errors & Omissions Contractors Pollution Liability and/or Asbestos Pollution Liability and/or Errors & Omissions with limit no less than $2,000,000 per claim or occurrence and $2,000,000 aggregate per policy period of one year. Coverage must be included for bodily injury and property damage, including coverage for loss of use and/or diminution in property value, and for clean-up costs arising out of, pertaining to, or in any way related to the actual or alleged discharge, dispersal, seepage, migration, release or escape of contaminants or pollutants, arising out of or pertaining to the services provided by CONTRACTOR under this Agreement, including the transportation of hazardous materials or contaminants. Professional Liability if Design -Build Professional Liability Insurance, insuring against professional errors and omissions arising from CONTRACTOR'S work on the Project, in an amount not less than [$2,000,0001 combined single limit for each occurrence. If CONTRACTOR cannot provide an occurrence policy, CONTRACTOR shall provide insurance covering claims made as a result of performance of work on this Project and shall maintain such insurance in effect for not less than three years following final completion of the Project. Waiver of Subrogation All insurance coverage maintained or procured pursuant to this Agreement shall be endorsed to waive subrogation against the CITY, its elected or appointed officers, agents, officials, employees and volunteers or shall specifically allow CONTRACTOR or others providing insurance evidence in compliance with these specifications to waive their right of recovery prior to a loss. CONTRACTOR hereby waives its own right of recovery against the CITY, and shall require similar written express waivers and insurance clauses from each of its subconsultants. Separation of insureds A severability of interests provision must apply for all additional insureds ensuring that CONTRACTOR'S insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the insurer's limits of liability. The policy(ies) shall not contain any cross -liability exclusions. PassThrough Clause CONTRACTOR agrees to ensure that its subconsultants, subcontractors, and any other party involved with the project who is brought onto or involved in the project by CONTRACTOR, provide the same minimum insurance coverage and endorsements required of CONTRACTOR. CONTRACTOR agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. CONTRACTOR agrees that upon request, all Agreements with consultants, subcontractors, and others engaged in the project will be submitted to the CITY for review. Self -Insured Retentions Any self --insured retentions must be declared to and approved by the CITY. The CITY reserves the right to require that self -insured retentions be eliminated, lowered, or replaced by a deductible. Self-insurance will not be considered to comply with these specifications unless approved by the CITY. Docu5ign Envelope IQ: AABB02A4-730E-465E-AE14-6C7936BE9EE1 Primary and Additional Insured All of such insurance shall be primary and shall name the City of Santa Clarita as additional insured. A Certificate of Insurance and an additional insured endorsement (for general and automobile liability), evidencing the above insurance coverage with a company acceptable to the City's Purchasing Agent shall be submitted to the CITY prior to execution of this Agreement on behalf of the CITY. Requirements Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required by this Agreement, CITY may obtain coverage at CONTRACTOR'S expense and deduct the cost of such insurance from payments due to CONTRACTOR under this Agreement or terminate. In the alternative, should CONTRACTOR fail to meet any of the insurance requirements under this Agreement, CITY may cancel the Agreement immediately with no penalty. Should CONTRACTOR'S insurance required by this Agreement be canceled at any point priorto expiration of the policy, CONTRACTOR must notify CITY within 24 hours of receipt of notice of cancelation. Furthermore, CONTRACTOR must obtain replacement coverage that meets all contractual requirements within 10 days of the prior insurer's issuance of notice of cancelation. CONTRACTOR must ensure that there is no lapse in coverage. if the operation under this Agreement results in an increased or decreased risk in the opinion of the City's Purchasing Agent, then the CONTRACTOR agrees that the minimum limits herein above designated shall be changed accordingly upon request by the City's Purchasing Agent. The CONTRACTOR agrees that provisions of this paragraph as to maintenance of insurance shall not be construed as limiting in any way the extent to which the CONTRACTOR may be held responsible for the payment of damages to persons or property resulting from the CONTRACTOR'S activities or the activities of any person or persons for which the CONTRACTOR is otherwise responsible. I have read and understand the above requirements and agree to be bound by them for any work performed for the City. Authorized Signature: Date: Z Printed Name: 0 g - C� o DocuSign Envelope ID: AABB02A4-730E-465E-AE14-BC7935BE9EE1 BIDDER'S INFORMATION AND CERTIFICATION Bid #CIP-23-24-M1042 Transit Maintenance Facility HVAC Upgrades City Project No. M1042 City of Santa Cfarito, CA Bidder certifies that the representations of the bid are true and correct and made under penalty of perjury. EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE Bidder certifies that in all previous contracts or subcontracts, ali reports which may have been due under the requirements of any CITY, State, or Federal equal employment opportunity orders have been satisfactorily filed, and that no such reports are currently outstanding. AFFIRMATIVE ACTION CERTIFICATION Biddercertifies that affirmative action has been taken to seek out and consider minority business enterprises for those portions of the work to be subcontracted, and that such affirmative actions have been fully documented, that said documentation is open to inspection, and that said affirmative action will remain in effect for the life of any contract awarded hereunder. Furthermore, Bidder certifies that affirmative action will be taken to meet all equal employment opportunity requirements of the contract documents. CERTIFICATION REGARDING DIR CONTRACTOR/SUBCONTRACTOR REGISTRATION By my signature hereunder, as the Contractor, I certify that Contractor, and all Subcontractors listed on the Subcontractor Designations form are the subject of current and active contractor registrations pursuant to Division 2, Part 7, Chapter 1 (commencing with section 1720) of the California Labor Code. Contractor's registration number is indicated below. Subcontractors' registration numbers are indicated on the Subcontractor Designations form. n Bidder's Name: J^ less H`« A C _ Business Address: f kLk-be AV--e LA C-- A po 2- Telephone No.: 3 10 — 2t : _ 6 7-- 9 State CONTRACTOR's License No. & Class: 7:�4 L� 5-�3 8 . eZ C? DIR No.: jZ' / _ Original Date: / ?,d / Expiration Hate: �/ ,3VA, Z, The following are the names, titles, addresses, and phone numbers of all individuals, firm members, partners, joint ventures, and/or corporate officers having a principal interest in this proposal: DoruSign Envelope ID: AABB02A4-730E-465E-AE14-6C7935BE9EE1 J, 1-761 koAo AVe, J—L M Vil The dates of any voluntary or involuntary bankruptcy judgments against any principal having an interest in this proposal, or any firm, corporation, partnership or joint venture of which any principal having an interest in this proposal was an owner, corporate officer, partner or joint venture areas follows: All current and prior DBAs, alias, and/or fictitious business names for any principal having an interest in this proposal are as follows: IN WITNESS WHEREOF, BIDDER executes and submits this proposal with the names, title, hands, and seals of all aforementioned principals this V-7- -day of&_� 24±�_. BIDDER: Signature rle- ' Name and Tit a of signatory lqa/c�-ens 4 Legal Name of Bidder r ] -Gg Address Telephone Number Federal Tax I.D. No. 16 49 t+77 36 28 DocuSign Envelope ID: AABB02A4-730E-465E-AE14-6C7935BE9EE1 BIDDER'S QUESTIONNAIRE Bid #CIP-23-24-M1042 Transit Maintenance Facility HVAC Upgrades City Project No. M1042 City of Sonta Clarita, California 1. Submitted by: 53 C.. Telephone: 3 f 0 - 7 7- 6 - Principal Office Address: 2. Type of Firm: ❑ C Corporation S Corporation ❑ Individual/Sale Proprietor or Single —Member LLC ❑ Partnership ❑ Limited Liability Company "C" C-Corp ❑ Limited Liability Company "S" S-Corp ❑ Limited Liability Company "P" Partnership ❑ Other 3a. If a corporation, answer these questions: Date of Incorporation: © Sta President's Name: Vice -President's Name: Secretary or Clerk's Name: Treasure's Name: of Incorporation: 8- I 3b. If a partnership, answer these questions: Date of organization: State Organized in: A? Name of all partners holding more than a 10% interest: Designate which are General or Managing Partners. DocuSign Envelope ID: AABB02A4-730E-465E-AE14-6C7935BESEEI BIDDER'S QUESTIONNAIRE (cont'd) Bid #CiP-23-24-M1042 Transit Maintenance Faciiity HVAC Upgrades City Project No. M1042 City of Santa Clarita, California 4. Name of person holding CONTRACTOR'S license:® License number: fDlo��r Class: 13, C-W Expiration Date: I � D.LR. Registration # � ?' 5. CONTRACTOR's Representative: Title: Alternate: Y Title: 6. List the major construction projects your organization has in progress as of this date: A. Owner: Pr B. Owner: Project L Type of f C. Owner: Project Location: _ Type of Project: Type of Project: A5r"L4r I DocuSign Envelope ID: AABB02A4-730E-465E-AE14-6C7935BE9EE1 CERTIFICATION OF NON -SEGREGATED FACILITIES Bid #CIP-23-24-M1042 Transit Maintenance Facility HVAC Upgrades City Project No. M1.042 City of Santa Clarita, California The BIDDER certifies that it does not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER certifies further that it will not maintain or provide for its employees any segregated facilities at any of its establishments, and that it will not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The BIDDER agrees that a breach of this certification is a violation of the Equal Opportunity clause in this Contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms, and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The BIDDER agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that it will retain such certifications in its files. L BIDDER Required by the May 19, 1967 order on Elimination of Segregated Facilities, by the Secretary of Labor — 32 F.R. 7439, May 19, 1967 (F.R. Vol. 33, No. 33 — Friday, February 16, 1968 — p. 3065). DocuSign Envelope ID: AABB02A4-73oE-465E-AE14-5C7935BE9EE1 DESIGNATION OF SUBCONTRACTORS Bid # CIP-23-24-M1042 Transit Maintenance Facility HVAC Upgrades City Project No. M1042 City of Santa Clarita, California Listed below are the names and locations of the places of business of each subcontractor, supplier, and vendor who will perform work or labor or render service in excess of % of 1 percent, or $10,000 (whichever is greater) of the prime contractor's total bid: DBE status, age of firm and annual gross receipts are required if sub -contractor is participating as a DBE. If no Subcontractors will be used fill out the form with NA. Add addt. sheets if needed. Subcontractor DIR Registration No.* loo�Ias91 � Dollar Value of Work � o! �0 0 Pico �1ec/!nc.c- Age of firm: DBE: Yes @ Annual Gross Receipts: 6 Y f S Certifying Agency: ✓�(i(� !+� Location and/ Place of Business %ye)UJA& Cl 0a,4�S i✓A 1136 z Bid Schedule Item No's: Descript$ion of Work License No. Exp. Date, /fir /� Phone ( } to�7-59:- Subcontractor / Le-4 IMJ4S k,- D-0/47Q DIR Registration No.* �--3 i Dollar Value of Work 6, 620 Age of firm: DBE: Yes Annual Gross Receipts: -73 &0 r J Certifying Agency: S 6�©,D a Location and Place of Business UP/a.1 d, " 11/ -&6 Bid Schedule Item No's: Description of Work Ce 268��ffl 7-es�_& l-r,b� License No. Exp. Date: p J1 /2,9 Phone { } 6 �s *-TF-,? Subcontractor e,hamd IS44 W '�1ti DIR Registration No.* 10oocoU7,f Dollar Value of Work /d/ovo Age of firm: DBE: Yes & Annual Gross Receipts: Zt Lf Y&r S Certifying Agency: % 49,0e, Qrj ca Location and Place of Business 0 X r?ar-d, CA 13o3 6 Bid Schedule Item No's: $� z 3 Descri tion of Work 1 �rrtj License No. 3 9 yJ Z_ V Exp. Date: / / Ef ,3v z � Phone { } 8a,5--_ 16 �Z- NOTE: A BIDDER or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, as defined in this chapter, unless currently registered and qualified to perform public work pursuant to Section 1725.5 of the Labor Code. It is not a violation of this section for an unregistered BIDDER to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Section 10164 or 70103.5 of the Public Contract Code, provided the BIDDER is registered to perform public work pursuant to Section 1125.5 of the Labor Code at the time the contract is awarded. *Pursuant to Division 2, Part7, Chapter 1 (commencing with section 1720) of the California Labor Code. DocuSign Envelope ID: AABB02A4-730E-465E-AE14-6C7935BE9EE1 REFERENCES Bid #CIP-23-24-M1042 Transit Maintenance Facility HVAC Upgrades City Project No. M1042 City of Santa Clarita, California The following are the names, addresses, and telephone numbers of three public agencies for which bidder has performed and completed work of a similar scope and size within the past 3 years. If the scope of work/specifications requests references different than instructions above, the scope of work/specifications shall govern: � Name and Address of Owner / Agency Name and Telephone Number of Person Familiar!with Project 0o L S+ Contract Amount Typi of Work 2. �f � 1 � 1 r -7--- af, Ate_ Name hnd Address of Owner / Agency 10 3�2b3 Date CoOhpleted oNa. rA g1749 &YM RP-Va4� *q-37q-5 17 Name andTelephone Number of Person Familiar with Project 1. 1 In (9 -20 HVAc SqJe" Contract Amount TvOe of Work 3. t� 1 :I!-rI�dC�J V . .1 Name and Address of Owner / Agency Name a d Telephone Number of Person Familiar with Project Contract Am Work Date Co / F. Date Com 2-2— The following are the names, addresses, and telephone n mbers of a brokers and sureties from whom bidder intends to procure insurance bonds: Docusign Envelope ID: AABB02A4-730E-465E-AE14-6C7935BE9EE1 � BIDDER'S BOND Bid #CIP-23-24-M1042 Transit Maintenance Facility HVAC Upgrades City Project No. M1042 City of Santa Clarita, California Proposals must be accompanied by a proposal guarantee consisting of a certified check, cashier's check or BIDDER's bid bond payable to the CITY or cash deposit in the amount not less than ten (10) percent of the total amount bid. Certified check, cashier's check or Bidder's bid bond must be received at City Hall, 23920 Valencia Blvd., Santa Clarita, CA 91355, Attn: Purchasing, Suite 120, and marked with the words "BID BOND FOR" and the bid #, no later than the bid closing date and time, for the BIDDER to be considered responsive. NOTE: The following form shall be used in case check accompanies bid. Accompanying this Proposal is a *certified/cashier's check payable to the order of the City of Santa Clarita for: Ten percent of amount bid dollars ($ 10% ), this amount being not less than ten percent (10%) of the total amount of the bid. The proceeds of this check shall become the property of said CITY provided this Proposal shall he accepted by said CITY through action of its legally constituted contracting authorities, and the undersigned shall fail to execute a contract and furnish the required bonds within the stipulated time; otherwise, the check shall be returned to the undersigned. Project Name: Transit Maintenance Facility HVAC Upgrades Bid No. CIP-23-24-M1042 Project No. M1042 Bidder's SignatureO Pardess Air, Inc. CONTRACTOR/BIDDER 1769 Kelton Avenue Address f Sur t s Signatur J Cyola J. Younc Atty-in-Fact Markel Insurance Company Surety 4521 Highwood Pkwy Address Los Angeles, CA 90024 Glen Allen, VA 23060 City, State, Zip Code City, State, Zip Code\����':,._=.: * Delete the inapplicable work. NOTE: if the bidder desires to use a bond instead of a check, the following form shall be ex6cu-tr The sum of this bond shall be not less than ten percent (10%) of the total amount of the bid. 4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Civil Code § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy or validity of that document. State of California ) ss San Bernardino County ) On MAR 0 4 2024 , before me, (Cassandra De Leon, Notary #public, personally appeared Cynthia J. Youne, who proved to me on the basis of satisfactory evidence to be the personjQ whose name46) is/am subscribed to the within instrument and acknowledged to me that WsheAhey executed the same in # herAhek authorized capacity0e4, and that by #her'& signature4s) on the instrument the person(), or the entity upon behalf of which the person44 acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. �KASSA. RA DE LEON �. COMM. #24-08438 zz fl==.gyp (Votary Public • California � Orange County y t: My Comm. Expires July 15, 2626 - Signature: (Seal) Kassand a De Leon, Notary Public 0 No. 3601-2 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE 0A MAND Amended Certificate of Authority THIS IS TO CERTIFY that, pursuant to the Insurance Code of the State of California, Markel Insurance Company of Illinois, organized under the laws of Xllinois, subject to its Articles of Incorporation or other fundamental organizational documents, is hereby authorized to transact within this State, subject to all provisions of this Certiflcate, the following classes of insurance: Fire, Marine, Surety, Disability, Plate Glass, Liability, Workers' Compensation, Common Carrier Liability, Boiler and Machinery, Burglary, Credit, Sprinkler, Team and Vehicle, Automobile, and Miscellaneous as such classes are now or may hereafter be defined in the Insurance Laws of the State of California THIS CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended. IN WITNESS WHEREOF, effective as of the 10 day of April, 2021, 1 have set my hand and caused my official seal to be affixed this 141' day of April, 2021. Ricardo Sara Insurance Commissioner BY Valerie Sarfaty for Catalina Hayes -Bautista. Lour — Chief Deputy NOTICE: Qualification with the Secretary of State must be accomplished as required by she California Corporations Code promptly after issuance ofihis Certificate of Authority. Failure to do so will be aviolation of lnsurance Code section 701 and will be groynes for revoking this Certificate of Authority ptvsuant to the covenants made in the application therefor and the conditions contained herein. 91235899. ) POA# 510028 JOINT LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That SureTec Insurance Company, a Corporation duly organized and existing under the laws of the State of Texas and having its principal office in the County of Harris, Texas and Markel Insurance Company (the "Company"), a corporation duly organized and existing under the laws of the state of Illinois, and having its principal administrative office In Glen Allen, Virginia, does by these presents make, constitute and appoint: Cynthia J. Young, Adriana Vaienzuela, Kassandra De Lean Their true and lawful agent(s) and attorneys) -in -fact, each in their separate capacity if more than one is named above, to make, execute, seal and deliver for and on their own behalf, individually as a surety or jointly, as co -sureties, and as their act and deed any and all bonds and other undertaking in suretyship provided, however, that the penal sum of any one such instrument executed hereunder shall not exceed the sum of: Fifty Million and 001100 Dollars ($50,000,000.00) This Power of Attorney is granted and is signed and sealed under and by the authority of the following Resolutions adopted by the Board of Directors of SureTec Insurance Company and Markel Insurance Company: "RESOLVED, That the President, any Senior Vice President, Vice President, Assistant Vice President, Secretary, Assistant Secretary, Treasurer or Assistant Treasurer and each of them hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsimile signature, which may be attested or acknowledged by any officer or attorney, of the company, qualifying the attorney or attorneys named in the given power of attorney, to execute in behalf of, and acknowledge as the act and deed ofthe SureTec Insurance Company and Markel Insurance Company, as the case may be, all bond undertakings and contracts of suretyship, and to affix the corporate seal thereto." IN WITNESS WHEREOF, Markel Insurance Company and SureTec Insurance Company have caused their official seal to be hereunto affixed and these presents to be signed by their duly authorized officers on the eth day of February , 2024 • SureTec Insurance Company �6VRAuCF .`�``9�rt�CFr��, Mark e surance mpany q c -man^ v •v- ,� SEAL Cr By. l-f By: •��'•� neyenn d]' Vice President Michael C. Keimig, President g State of Texas County of Harris. - On this eth day of February , 2024 A. D., before me, a Notary Public of the State of Texas, in and for the County of Harris, duly commissioned and qualified, came THE ABOVE OFFICERS OF THE COMPANIES, tome personally known to be the individuals and officers described in, who executed the preceding instrument, and they acknowledged the execution of same, and being by me duly sworn, disposed and said that they are the officers of the said companies aforesaid, and that the seals affixed to the proceeding instrument are the Corporate Seals of said Companies, and the said Corporate Seals and their signatures as officers were duly affixed and subscribed to the said instrument by the authority and direction of the said companies, and that Resolutions adopted by the Board of Directors of said Companies referred to in the preceding instrument is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand, and affixed my Official Seal at the County of Harris, the day and year first above written. JULIE E. MCCLARY =_ Notary Publir State of Texas By: Commission # 12947686-5 Ju i McCrary, Notary Public s1OF!`' 1;01Tilnl5sl0n E>�)Ires March 29, 202i3 My commission expires 3J29/2026 We, the undersigned Officers of SureTec Insurance Company and Markel Insurance Company do herby certify that the original POWER OF ATTORNEY of which the foregoing is a full, true and correct copy is still in full force and effect and has not been revoked. IN WITNESS WHEREOF, we have hereunto set our hands, and affixed the Seals of said Companies, on the 4th day of March 2024 S nsur Co any Market Insurance Company 8y �`` ` By: - M. Brent Beaty, Assistant Secretary - - "� Andre arquis, Assists ecreta Any Instrument Issued in excess of the penalty stated above is totally void end without any?lid11 y\5V028 For verification of the authority of this Power you may call (713)812-0800 on srtylpsirres"zybetwaap 8:30 AM and 5:00 PM CST. DocuSign Envelope ID: AABB02A4-730E-465E-AE14-6C7935BE9EE1 NON -COLLUSION AFFIDAVIT 11 (Title 23 United States Code Section 112 and Public Contract Code Section 7106) Bid #CIP-23-24-M1042 Transit Maintenance Facility HVAC Upgrades City Project No. M1042 City of Santa Clarita, California To the CITY OF SANTA CLARITA: In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106, the Bidder declares that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to 'fix the bid price of the Bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. THE BIDDER'S EXECUTION ON THE SIGNATURE PORTION OF THE "BIDDER'S CERTIFICATION" SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH FORM A PART OF THE PROPOSAL. BIDDERS ARE CAUTIONED THAT MAKING A FALSE CERTIFICATION MAY SUBJECT THE CERTIFIER TO CRIMINAL PROSECUTION. DocuSign Envelope ID: AASB02A4-730E-465E-AE14-6C7935BE9EE1 NON -COLLUSION AFFIDAVIT Bid #CIP-23-24-M1042 Transit Maintenance Facility HVAC Upgrades City Project No. M1042 City of Santa Clarita, California TO BE EXECUTED BY EACH BIDDER OF A PRINCIPAL CONTRACT STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES } being first duly sworn deposes and says that he/fie is the (sole owner, a partner, president, etc.) of ;"`� the party making the foregoing bid; that such bid is not made in the interest of or behalf of any undisclosed person, partnership, company, association, organization or corporation, that such bid is genuine and not collusive or sham, that said BIDDER has not directly or indirectly induced or solicited any other BIDDER to put in a false or sham bid, or that anyone shall refrain from bidding, that said BIDDER has not in any manner, directly or indirectly sought by agreements, communication or conference with anyone to fix the bid price of said BIDDER or of any other BIDDER, or to fix the overhead, profit, or cost element of such bid price, or of that of any other BIDDER, or to secure any advantage against the public body awarding the Contract or anyone interested in the proposed Contract; that all statements contained in such bid are true, and further, that said BIDDER has not, directly or indirectly, submitted its bid price, or any breakdown thereof, or the contents thereof, or divulged information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company, association, organization, bid depository, or to any member or CITY thereof, or to any other individual information or date relative thereto, or paid and will not pay any fee in connection, therewith to any corporation, partnership, company association, organization, bid depository, or to any member or CITY thereof, or to any other individual, except to such person or persons as have a partnership or otherfinancial interest with said BIDDER in his general business. Bidder: Signature Title %�✓� .Si Q'Er1 /I DocuSign Envelope ID: AABB02A4-730E-465E-AE14-6C7935BE9EE1 BID SCHEDULE . Bid #CIP-23-24-M1042 Transit Maintenance Facility HVAC Upgrades City Project No. M1042 City of Santa Clarita, California Fill out this form completely and submit with the bid response. Line item pricing must be entered on BidNet. In the event any mathematical discrepancies are found, please refer to Section B, Bid Instructions. The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. The BIDDER agrees to hold all unit prices in this Bid Schedule constant throughout the duration of the project up to the last contract working day. ITEM NO. DESCRIPTION CITY UNIT UNIT PRICE TOTAL 1 Mobilization, Bonds & Insurance 1 LS $ ?,,g jaggy 2 Commissioning 1 LS $ 30i9v $ 3 v9Pl Staff TrainingSession(s) 1 LS $ a $ �Qp BUILDING A Safe -off Power & Disconnect Condenser Water 4• Piping from Existing Equipment - Building A 10 EA CIU� $ , Demolition of Existing Equipment - Building A - S- Mechanical Rooms 8 EA $ �QO�J $ ��QO r Demolition of Existing Equipment - Building A - 6- Roof 2 EA $ T U p $ Ct CO r � Concrete Equipment Pad Adjustment for New 7. Equipment in Mechanical Rooms - Building A 8 EA $ Ice) $ gvc a Install New Mounting Curbs for Roof ����� 8. Equipment - Building A 2 EA $ $ 2_4 ��� DocuSign Envelope ID: AABB02A4-730E-465E-AE14-6C7935BE9EE1 Install and Anchor new Water -sourced Heat 9 Pumps - Building A Mechanical Rooms - Heat 1 LS $ 2 �C $ Pump #1 [HP-A-11 l i Install and Anchor new Water -sourced Heat 10 Pumps - Building A Mechanical Rooms - Heat 1 LS $ $ Pump 42 [HP-A-2] Install and Anchor new Water -sourced Heat 11. Pumps - Building A Mechanical Rooms - Heat 1 LS $ Z6�jo, $ 2 6r00 Pump #3 [HP-A-31 Install and Anchor new Water -sourced Heat 12 Pumps - Building A Mechanical Rooms - Heat 1 LS $ pap $ fOaO Pump #5 [HP-A-5] Install and Anchor new Water -sourced Heat 13. Pumps - Building A Mechanical Rooms - Heat 1 LS $ 13/4;41 Pump #6 [HP-A-6] Install and Anchor new Water -sourced Heat 14 Pumps - Building A Mechanical Rooms - Heat 1 LS $��QO Pump #7 [HP-A-7] Install and Anchor new Water -sourced Heat 15. Pumps - Building A Mechanical Rooms - Heat 1 LS $�Q Pump #12 [HP-A-121 Install and Anchor new Water -sourced Heat 16. Pumps - Building A Mechanical Rooms - Heat 1 LS $ Pump #13 [HP-A-131 Install and Anchor new Water -sourced Heat 17 Pumps - Building A Roof - Heat Pump #9 [HP- 1 LS $ .Z/CQO $ z-dm a A-91 Install and Anchor new Water -sourced Heat 18. Pumps - Building A Roof - Heat Pump #10 [HP- 1 LS $ 33�d,�0 A-10] Reconnect Power, Piping, Controlling system 19.wiring, and Ductwork to New Equipment - 1 LS / Building A Test and Balance Replaced Equipment - 20. Building A 1 LS $ ! �.m $ 2,0 D BUILDING B DocuSign Envelope ID: AABB02A4-730E-465E-AE14-6C7935BE9EE1 Safe -off Power & Disconnect Condenser Water 21. Piping from Existing Equipment - Building B 2 EA $ 15_ Q $ 22 Demolition of Existing Equipment - Building B 2 EA $ ZgBv $ O 0 Install New Mounting Curbs for Roof 23. Equipment - Building B 2 EA $ e�'t)cU $ 24. Install and Anchor new Make-up Air Unit - Building B Roof 1 LS $ [��c1�9d $ [ p/Deg6 Install and Anchor new Condensing Unit - 25. Building B Roof 1 LS $ %a0 $ 13���� 25 Install new ductwork per plan 1 LS $f pip pd Reconnect Power, Piping, Controlling system 27 wiring, and Ductwork to New Equipment - 1 LS $ Q (/, L $ � ada l Building B Test and Balance Replaced Equipment - 28• Building B 1 LS $ $ TOTAL BASE BID AMOUNT: TOTAL BASE BID AMOUNT IN WORDS: zreCir f �un N / / F/dJ�z .�L , /�•' ALTERNATE BID SCHEDULE REVISED PER ADDENDUM 2 Bid #CIP-23-24-M1042 Transit Maintenance Facility HVAC Upgrades City Project No. M1042 City of Santa Clarita, California Do NOT include this pricing in the total base bid amount. Fill out this form completely and upload it with your bid. In the event any mathematical discrepancies are found in the pricing forms submitted, the unit price small govern. Do NOT enter this pricing on BidNet. ITEM DESCRIPTION CITY UNIT UNIT PRICE TOTAL NO. ADD Alternate — Weekend Nights and City- 0 1. Observed Holidays 1 LS $ ��j �Od $/p0 TOTAL ALTERNATE BID AMOUNT: $ ION O TOTAL ALTERNATE BID AMOUNT IN WORQS: l (,Iew BSI DC %~ The award of contract, if made, will be to the lowest responsive BIDDER determined solely by the AGENCY. The AGENCY also reserves the right to add/delete the quantities to the existing bid items, or delete the entire bid item if they are found not required by the Agency during the course of the construction, or add new bid items or scope of work by Contract Change Order at any time during the project up to the last contract working day. The BIDDER agrees to hold all unit prices in this Alternate Bid Schedule constant throughout the duration of the project up to the last contract working day.